Within the framework of Public Investment Budget (PIB) 2026, the Lord Mayor of KONYE Council (Contracting Authority) hereby launches on behave of Konye Council an Open National Invitation to Tender; No 003/2026/ONIT/MAYOR/ KONYE COUNCIL/ITB/2026 OF 30/01/2026
FOR THE REHABILITATION OF THE BOSAKA – NEW TOWN MBU COMMUNAL ROAD IN KONYE
MUNICIPALITY (4.5KM
The works comprise the outcome of the preliminary studies carried out and the detailed information described in the attached cost estimate and the technical specifications
The estimated cost after preliminary studies is 60,000,000 CFA
This present Invitation to Tender is made up of single lot
Participation is open to duly legalized Cameroonian enterprises that fulfill the requirements of this invitation to tender.
Services which form the subject of this invitation to tender shall be funded by the PUBLIC INVESTMENT BUDGET of the Ministry of Agriculture and Rural Development (MINADER) for the 2026 financial year.
The file may be consulted during working hours from 7:30 am to 3:30 pm at the Contracts Service of the KONYE COUNCIL as soon as this notice is published
The file may be obtained from the office of the Contracts Service of the KONYE COUNCIL as soon as this notice is published upon presentation of a treasury receipt attesting to the payment of a non-refundable fee of seventy-five thousand francs (75,000) FCFA, payable at the Municipal Treasury KONYE COUNCIL
Each bid drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such sealed in one envelope containing three (03) other envelopes; (A: Administrative File, B: Technical Offer, C: Financial Offer), should
reach the office of Development Officer, (Service for Procurement of Public Contracts) Konye Council not later than 20/02/2026 at 10:00 am and should carry the inscription:
«NAME OF THE ENTERPRISE»
OPEN NATIONAL INVITATION TO TENDER
NO 003/2026/ONIT/MAYOR/KONYE COUNCIL/ITB/2026 OF 30/01/2026
FOR THE REHABILITATION OF THE BOSAKA – NEW TOWN MBU COMMUNAL ROAD IN KONYE MUNICIPALITY (4.5KM)
(THROUGH EMERGENCY PROCEDURE)
“To be opened only during bid-opening session”
The maximum deadline provided by the Project Owner or Contracting Authority for the execution of the works forming the subject of this invitation to tender is three (03) months
Each bidder must include in his administrative documents, a bid bond issued by a first- rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 12 of the Tender File, of an amount of one million two hundred thousand francs (1,200,000) FCFA representing 2% of the project amount valid for thirty (30) days beyond the date of validity of bids
Each bidder must include in his administrative documents, a bid bond issued by a first- rate banking establishment approved by the Ministry in charge of finance and whose list is found in document No. 12 of the Tender File, of an amount of one million two hundred thousand francs (1,200,000) FCFA representing 2% of the project amount valid for thirty (30) days beyond the date of validity of bids
Each bid drafted in English or French in seven (07) copies including one (01) original and six (06) copies marked as such sealed in one envelope containing three (03) other envelopes; (A: Administrative File, B: Technical Offer, C: Financial Offer), should
reach the office of Development Officer, (Service for Procurement of Public Contracts) Konye Council not later than 20/02/2026 at 10:00 am and should carry the inscription:
«NAME OF THE ENTERPRISE»
OPEN NATIONAL INVITATION TO TENDER
NO 003/2026/ONIT/MAYOR/KONYE COUNCIL/ITB/2026 OF 30/01/2026
FOR THE REHABILITATION OF THE BOSAKA – NEW TOWN MBU COMMUNAL ROAD IN KONYE MUNICIPALITY (4.5KM)
(THROUGH EMERGENCY PROCEDURE)
“To be opened only during bid-opening session”
The bids shall be opened in a single (01) phase on the 20/02/2026 at 11:00 am local time by the KONYE COUNCIL Internal Tenders Board in the Conference Hall of KONYE Council.
Only bidders may attend or be represented by a duly mandated person.
i. Main Eliminatory Criteria
· In case of absence or non-conformity of an administrative document, the bidder will be given 48 hours to produce or replace the document in question. (nonconformity of administrative documents, technical offers and specifications)
· Antecedents of bad execution of contracts etc. (in conformity with circular letter No. ....../LC/MINMAP/CAB OF 25TH January 2017 relating to the taking into accounts the failures of companies in the execution of previous contracts in the attribution of new contracts.
· The technical score is less than the minimum required;
· It has any fake or forged document;
· Absence of quantified unit price.
· Absence of bid bond;
· Noncompliance with the model bid documents (Documents 9 and 10).
· It carries any false information.
· Less than 70% of the qualification criteria
· Any contractor with ongoing or abandoned projects without justification might be eliminated
ii. . Main Qualification criteria
The criteria for qualification of candidates should be on the following:
v Access to credit or other financial sources (10 million francs at least) Yes / No
v References of similar jobs; Yes / No
v Availability of material and essential equipment Yes / No
v Experience of supervisory staff Yes / No
v Methodology Yes / No
v Turnover as in business license above or equal to 10 million francs CFA; Yes / No
v Qualified personnel relevant to the job. Yes / No Non-respect of two (02) of the above criteria shall entail rejection of the bid.
NB: the marking scale for bids by award of points is banned in favor of the binary method (Yes or No).
The contract will be awarded to the lowest bidder after detailed verification of his financial offer and whose bid is in conformity with the dispositions of the tender file.
Bidders will remain committed to their bids for ninety (90) days from the deadline set for the submission of tenders.
Complementary technical information may be obtained from the contracts office of KONYE COUNCIL from Monday to Friday between 7.30am and 3.30pm. Tel: 675 138 668 / 678 77 17 26